Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Torbay Council
Torbay Council Town Hall, Castle Circus
Torquay
TQ1 3DR
UK
Contact person: Miss Tracey Field
Telephone: +44 1803208391
E-mail: tracey.field@torbay.gov.uk
NUTS: UKK42
Internet address(es)
Main address: http://www.torbay.gov.uk/
Address of the buyer profile: http://www.torbay.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TASC0124 Adult Social Care Transformation - Delivery Partner
Reference number: DN707177
II.1.2) Main CPV code
79410000
II.1.3) Type of contract
Services
II.1.4) Short description
Torbay Council sought a provider with a detailed understanding, and proven track record, in
the delivery of efficiency savings in Adult Social Care.
Consideration of increasing volume and complexity of demand, building on our excellent
work with the Community and Voluntary sector is pivotal. In addition, measures to maximise
our staff’s ability to enable independence for people through the way they work and the
services available, is important for us.
The supplier is required to be able to respond to the challenges which Torbay, and its
partners, have identified and be able to work within an integrated system. The supplier will
understand local and national challenges and have tangible ways of addressing these.
Torbay is seeking fundamental and lasting change, which puts our residents first and delivers
long term efficiencies in our model.
The Supplier is required to develop an overarching change programme to deliver substantial
sustainable savings in Adult Social Care.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79421000
II.2.3) Place of performance
NUTS code:
UKK42
II.2.4) Description of the procurement
Upon commencement, in agreement with the Council and partners, the Supplier is required
to develop an overarching change programme to deliver substantial sustainable savings in
Adult Social Care, not less than £15m recurrently. This plan should include clear
performance and financial targets, together with resource requirements, owners, and
timescales.
Upon commencement, in agreement with the Council and partners, the Supplier is required
to develop a programme which identifies where the Local Authority (and partners) need to
provide extra capacity to deliver change.
The Supplier is required to provide a detailed plan of how they propose to practically deliver
this change programme, including staffing resources to be deployed in teams.
The Supplier is required ensure there is co-production with people with lived expertise, staff
and providers.
The Supplier is required to have the capacity and capability to facilitate the sophisticated use
of data and benchmarking to inform and guide plans and deliverables.
The Supplier is required to provide a focus on innovation in digital approaches to delivering
ASC.
The Supplier must have an understanding of and an ability to comply with The Care Act, The
Mental Capacity Act and The Mental Health Act and all other statutory duties of the local
authority.
The Supplier must have an understanding of Health and Social Care Integration and a
commitment to maximising the benefits of this to Torbay residents.
The Supplier is required to put a comprehensive and effective exit plan in place for the
programme which creates the environment and infrastructure for sustained change.
II.2.5) Award criteria
Quality criterion: Name: Method Statement 1: Please provide a detailed delivery plan, setting out how you propose to practically deliver this change programme.
/ Weighting: 25.00%
Quality criterion: Method Statement 2: Please provide a narrative to demonstrate the rationale for and effectiveness of your proposed delivery plan and the financial viability of your proposals.
/ Weighting: 30.00%
Quality criterion: Technical Question 1: Co-production Please explain how you will ensure there is co-production with people with lived expertise, staff and providers across all aspects of programme delivery.
/ Weighting: 8.00%
Quality criterion: Technical Question 2: Data Please describe your organisational capacity and capability in relation to the use of data, benchmarking and innovation in digital approaches and how you will use this to inform and guide delivery of the programme.
/ Weighting: 5.00%
Quality criterion: Technical Question 3: Health and Social Care Please demonstrate your understanding of the Care Act, the Mental Capacity Act, the Mental Health Act, other relevant local authority statutory duties, social care integration and its benefits to Torbay residents and how you will apply these requirements and principles within programme delivery.
/ Weighting: 4.00%
Quality criterion: Technical Question 4: Exit Management Please explain what you consider to be key components of a comprehensive and effective exit plan for the programme, which will create the environment and infrastructure for sustained change.
/ Weighting: 8.00%
Price
/ Weighting:
20.00%
II.2.11) Information about options
Options:
Yes
Description of options:
In the event of unforeseen delays to programme delivery not attributable to the Supplier or
where ancillary / additional Services are identified to support delivery of the programme the
Contract may be extended for a period of up to 12 further months or until the end of the
allocated budget.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Explanation
Torbay Council had engaged a supplier to undertake preliminary work in relation to this
transformation programme via a framework call-off. The call-off permitted the Council to
award stage 2 of the work (delivery of the transformation programme) to the original
supplier under the terms of that procurement. The pricing model proposed by the supplier
for the 2nd stage resulted in price significantly in excess of the Council's budget and the
Council was unable to continue through the work under the call-off contract. Torbay and
South Devon NHS Foundation Trust (the Trust), who have devolved responsibility for the
delivery of Adult Social Care in Torbay, had engaged a different external consultant to carry
out some organisational transformation work, directly linked to the planned change
programme.
The Council has a finite budget for the delivery of the transformation programme and a
pressing economic imperative to deliver significant and sustainable savings within the
provision of adult social care. It is of paramount importance that the budget is used to deliver
the necessary change and not in revisiting prior diagnostic / research activity. Increasing
pressure on the adult social care system and budgets mean that change needs to happen at
considerable pace.
The 2 suppliers engaged by the Council and the Trust have the experience, capacity and
capability to deliver the programme at pace, within tight timescales and have significant
understanding of the current position in Torbay and the challenges this places on the adult
social care system. Given this prior knowledge and experience it was the Council’s view that
to ensure delivery at pace one of these 2 organisations was best placed to undertake
delivery of the change programme. Appointing a supplier already working in Torbay will
minimise the amount of time it will take to get the programme up and running, will not
require up front time to be invested in additional research to ensure the suppliers full
understanding of the challenges and areas where change is require, ensuring the budget for
this work is maximised in relation to direct delivery.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-005025
Section V: Award of contract
Contract No: TASC0124
Title: TASC0124 Adult Social Care Transformation - Delivery Partner
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/02/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Channel 3 Consulting Ltd
Capital Building, Tyndall Street
Cardiff
CF10 4AZ
UK
NUTS: UKK42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 999 975.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
28/02/2024